Aufträge: Röntgenfilme - UK-Edinburgh
Röntgenfilme.
Fluoroskope.
Dokument Nr...: 76043-2007
Veröffentlicht: 29.03.2007
*
BEKANNTMACHUNG
Lieferauftrag
ABSCHNITT I: ÖFFENTLICHER AUFTRAGGEBER
I.1) NAME, ADRESSEN UND KONTAKTSTELLE(N): Lothian Health Board,
NHS-Lothian Procurement, Procurement Headquarters, Canaan Park, Astley
Ainslie Hospital, 133 Grange Loan, z. Hd. von Steven Ross-Bell,
Procurement Liaison Manager, UK-Edinburgh EH9 2HL. Tel. 0131-537-9336.
E-Mail: Steven.Ross-Bell@luht.scot.nhs.uk. Fax 0131-537-9410.
Weitere Auskünfte erteilen: die oben genannten Kontaktstellen.
Verdingungs-/Ausschreibungs- und ergänzende Unterlagen (einschließlich
Unterlagen für den wettbewerblichen Dialog und ein dynamisches
Beschaffungssystem) sind erhältlich bei: den oben genannten
Kontaktstellen.
Angebote/Teilnahmeanträge sind zu richten an: die oben genannten
Kontaktstellen.
II.1) BESCHREIBUNG
II.1.6) Gemeinsames Vokabular für öffentliche Aufträge (CPV): 25311000,
33111400.
Beschreibung: Röntgenfilme.
Fluoroskope.
ABSCHNITT IV: VERFAHREN
IV.3) VERWALTUNGSINFORMATIONEN
IV.3.3) Bedingungen für den Erhalt von Verdingungs-/Ausschreibungs- und
ergänzenden Unterlagen bzw. der Beschreibung
IV.3.4) Schlusstermin für den Eingang der Angebote bzw.
Teilnahmeanträge: 27.4.2007 - 12:00.
IV.3.6) Sprache(n), in der (denen) Angebote oder Teilnahmeanträge
verfasst werden können: Englisch.
OT: CONTRACT NOTICE
Supplies
SECTION I: CONTRACTING AUTHORITY
I.1) NAME, ADDRESSES AND CONTACT POINT(S): Lothian Health Board,
NHS-Lothian Procurement, Procurement Headquarters, Canaan Park, Astley
Ainslie Hospital, 133 Grange Loan, Attn: Steven Ross-Bell, Procurement
Liaison Manager, UK-Edinburgh EH9 2HL. Tel. 0131-537-9336. E-mail:
Steven.Ross-Bell@luht.scot.nhs.uk. Fax 0131-537-9410.
Further information can be obtained at: As in above-mentioned contact
point(s).
Specifications and additional documents (including documents for
competitive dialogue and a dynamic purchasing system) can be obtained at:
As in above-mentioned contact point(s).
Tenders or requests to participate must be sent to: As in above-mentioned
contact point(s).
I.2) TYPE OF THE CONTRACTING AUTHORITY AND MAIN ACTIVITY OR ACTIVITIES:
Body governed by public law.
Health.
The contracting authority is purchasing on behalf of other contracting
authorities: no.
SECTION II: OBJECT OF THE CONTRACT
II.1) DESCRIPTION
II.1.1) Title attributed to the contract by the contracting authority:
SRB/6/XFP_NHS-Lothian X-ray film purchase solution.
II.1.2) Type of contract and location of works, place of delivery or of
performance: Supplies.
Purchase.
Main place of delivery: NUTS Code: UKM23/UKM28/UKM25.
II.1.3) The notice involves: A public contract.
II.1.5) Short description of the contract or purchase(s): To provide the
NHS - Lothian Health Board with a single supplier solution X-ray film and
printers pre-, during and post-PACS.
II.1.6) Common procurement vocabulary (CPV): 25311000, 33111400.
II.1.7) Contract covered by the Government Procurement Agreement (GPA):
Yes.
II.1.8) Division into lots: No.
II.1.9) Variants will be accepted: No.
SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION
III.1) CONDITIONS RELATING TO THE CONTRACT
III.1.3) Legal form to be taken by the group of economic operators to
whom the contract is to be awarded: Each supplier will be required to
become jointly and severally responsible for the contract before
acceptance.
III.1.4) Other particular conditions to which the performance of the
contract is subject: No.
III.2) CONDITIONS FOR PARTICIPATION
III.2.1) Personal situation of economic operators, including
requirements relating to enrolment on professional or trade registers:
Information and formalities necessary for evaluating if requirements are
met: - List of the principal deliveries effected in the past 3 years with
sums, dates and recipients, public and private;
- Certificate of enrolment on the professional or trade register under
the conditions laid down by the laws of the member state in which he is
established, for instance on Register of Companies.
III.2.2) Economic and financial capacity: Minimum level(s) of standards
possibly required: Suppliers must be able to demonstrate that they have
economic and financial capacity to deliver the services required for the
completion of this project, and we require that the financial value of
this contract does not exceed 25% of an organisations average annual
turnover (period of review - last 3 years of trading). Suppliers must
also provide a copy of an in force appropriate professional indemnity
insurance certificate.
III.2.4) Reserved contracts: No.
III.3) CONDITIONS SPECIFIC TO SERVICES CONTRACTS
III.3.2) Legal entities should indicate the names and professional
qualifications of the staff responsible for the execution of the service:
No.
SECTION IV: PROCEDURE
IV.1) TYPE OF PROCEDURE
IV.1.1) Type of procedure: Restricted.
IV.1.2) Limitations on the number of operators who will be invited to
tender or to participate: Envisaged number of operators 6.
IV.2) AWARD CRITERIA
IV.2.1) Award criteria: The most economically advantageous tender in
terms of the criteria stated in the specifications, in the invitation to
tender or to negotiate or in the descriptive document.
IV.2.2) An electronic auction will be used: No.
IV.3) ADMINISTRATIVE INFORMATION
IV.3.1) File reference number attributed by the contracting authority:
SRB/XFP.
IV.3.2) Previous publication(s) concerning the same contract: No.
IV.3.3) Conditions for obtaining specifications and additional documents
or descriptive document
IV.3.4) Time-limit for receipt of tenders or requests to participate:
27.4.2007 - 12:00.
IV.3.6) Language(s) in which tenders or requests to participate may be
drawn up: English.
IV.3.7) Minimum time frame during which the tenderer must maintain the
tender: Duration in month(s): 3 (from the date stated for receipt of
tender).
IV.3.8) Conditions for opening tenders: Persons authorised to be present
at the opening of tenders: yes.
SECTION VI: COMPLEMENTARY INFORMATION
VI.1) THIS IS A RECURRENT PROCUREMENT: No.
VI.2) CONTRACT RELATED TO A PROJECT AND/OR PROGRAMME FINANCED BY EU
FUNDS: No.
VI.3) ADDITIONAL INFORMATION: II.3) Duration of the contract or
time-limit for completion: duration: 12 months with a possible 12 months
extension.
Companies should express an interest by e-mail/fax or letter to Steven
Ross-Bell at the address/number provided above.
VI.4) PROCEDURES FOR APPEAL
VI.4.2) Lodging of appeals: Precise information on deadline(s) for
lodging appeals: Lothian Health Board will incorporate a minimum of
10-calendar-days standstill period at the point that information on the
award of the contract is communicated to tenderers. This period allows
unsuccessful tenderers to seek further debriefing from the contacting
authority before the contract is entered into. Applicants have 2 working
days from the notification of the award decision to request additional
debriefing and that information has to be provided a minimum of 3 working
days before the expiry of the standstill period. Such additional
information should be required from Lothian Health Board (ref. point I.1)
of the contract notice).
If an appeal regarding the award of contract has not been successfully
resolved The Public Contract (Scotland) Regulations 2006 (SI 2006 No 1)
provide for aggrieved parties who have been harmed or are at risk of harm
by a breach of the rule to take action in the Sheriff Court or Court of
Session. Any such action must be brought promptly (generally within 3
months).
Where a contract has not been entered into the Court may order the
setting aside of the award decision or order the authority to amend any
document and may award damages.
VI.5) DATE OF DISPATCH OF THIS NOTICE: 20.3.2007.
--------------------------------------------------------------------------------
Database Operation & Alert Service (icc-hofmann) for:
The Office for Official Publications of the European Communities
The Federal Office of Foreign Trade Information
Phone: +49 6082-910101, Fax: +49 6082-910200, URL: http://www.icc-hofmann.de